Dismantle and Remove Milling Machine
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: HI. Response deadline: Feb 17, 2026. Industry: NAICS 238290 • PSC P500.
Market snapshot
Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 238290
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION TO BID.
In accordance with the Revolutionary Federal Acquisition Regulation Overhaul (RFO) 10.001, this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation. This notice is to determine the availability of businesses through full and open competition to provide the required services.
Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking information from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), Women-Owned Small Businesses (WOSBs/EDWOSBs), and other Small Business vendors that are interested and capable to perform on-site dismantling, removal, and palletizing services for two (2) Monarch milling machines, per Draft Performance Work Statement (PWS) specifications.
The primary North American Industry Classification System (NAICS) code assigned to this procurement is 238910 – Site Preparation Contractors (Size Standard: $19M). The Product Service Code is P500 - Salvage Demolition of Structures/Facilities (Other Than Buildings).
This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred.
If your organization has the capability of performing these services, please provide the following information:
- Organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, SAM.gov unique entity ID; and
- Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.
Interested vendors should submit a capability statement addressing:
• Business name, address, and UEI
• Socioeconomic status (SDVOSB, VOSB, WOSB/EDWOSB, Small Business)
• Point of contact information
• Relevant experience within the last five years
• Technical capabilities and equipment
• Ability to perform work in Hawaii
• Bonding capacity (single and aggregate)
• Potential subcontracting needs
• Feedback on the feasibility of a multi-tiered (cascading) set aside
Submission Instructions: Interested parties who consider themselves qualified to perform requirements in accordance with the above and attached draft Performance Work Statement are invited to submit their capability statement electronically in PDF or Word format not exceeding 10 pages. The capability statement shall be submitted to the below POCs before 17 February 2026 at 11:00 AM HST.
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. To be evaluated for technical merit and capability, statements must be received by the stated deadline. In determining whether to compete this requirement, the Government has sole discretion.
Responses to this Sources Sought Notice are due by 11:00 AM HST on 17 February 2025. All questions and responses regarding this Sources Sought Notice must be emailed to the primary point of contact below.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Department of the Navy is seeking information for the dismantling and removal of two Monarch milling machines at Pearl Harbor Naval Shipyard. This Sources Sought Notice is specifically directed towards Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), and Women-Owned Small Businesses (WOSBs). Responses are due by February 17, 2026, at 11:00 AM HST, and submission involves providing detailed capability statements.
The buyer seeks to identify qualified businesses that can perform on-site dismantling, removal, and palletizing services for two Monarch milling machines in accordance with the Draft Performance Work Statement (PWS) specifications.
- Gather capability information from interested vendors.
- Evaluate submissions based on capability statements.
- Select qualified businesses for potential future solicitations in dismantling and removal services.
- Organizational name, address, email, website, and telephone number.
- CAGE code and SAM.gov unique entity ID.
- Socioeconomic status (SDVOSB, VOSB, WOSB/EDWOSB).
- Tailored capability statement addressing relevant experience.
- Technical capabilities and equipment description.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Clarification on specific timeline post the Sources Sought Notice.
- Details on the Draft Performance Work Statement specifications.
- Bonding capacity requirements are unspecified.
- No information on the exact location for onsite work provided.
- Lack of information on potential follow-on solicitations.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.